HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
AAGA - FY26/27 Custodial Services
Federal opportunity from Trujillo-Miller • DPA - Division of Capital Assets. Place of performance: CO. Response deadline: May 07, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 357 more rate previews.↓
Point of Contact
Agency & Office
Description
Administrative Information Page 1 of 21 DPA Solicitation Number : RFP AAGA 2026 -0211 CUSTODIAL SERVICES Administrative Information Administrative Information Page 2 of 21 State of Colorado REQUEST FOR PROPOSAL (RFP) COVER SHEET & SIGNATURE PAGE Custodial Services Date: April 7, 2026 RFP Number: AAGA 2026 -0211 Procurement Contact: Lisa Barela lisa.barela@state.co.us Submit Sealed Proposal to: Department of Personnel & Administration Lisa Barela , Contract Administrator Custodi.lr30ya7x9db8sep0@u.box.com RFP Submission Deadline: Friday, May 6, 2026, at 2:00 pm (Mountain Time) Offerors are responsible to ensure timely receipt. Number of Copies: One Electronic Copy in a Zip Folder This cover page must be filled out in its entirety, signed, and returned with Offeror’s proposal. The State of Colorado Request for Proposal Signature Page MUST be signed by the Offeror or an officer of the Offeror legally authorized to bind the Offeror to the proposal. Signatures may be electronic signatures for this RFP. Offerors must complete each field below: F.E.I.N: _____________________________________________________________ Delivery Date: _____________________________________________________________ Authorized Signature: _____________________________________________________________ Typed/Printed Name: _____________________________________________________________ Title: _____________________________________________________________ Legal Company Name: _____________________________________________________________ Company Address: _____________________________________________________________ Phone Number: _____________________________________________________________ Email Address: _____________________________________________________________ Clarifications Contact: _____________________________________________________________ Title: _____________________________________________________________ Phone Number: _____________________________________________________________ Email Address: _____________________________________________________________ Administrative Information Page 3 of 21 By signing this Cover Sheet & Signature Page, the authorized agent acknowledges acceptance of all terms and conditions of this solicitation and certifies that a conflict of interest does not exist. ONLINE BID SUBMISSION: Send an email to Custodi.lr30ya7x9db8sep0@u.box.com attaching the proposal as a zip folder. See Section 2.6. Bids sent by other methods will not be accepted. IMPORTANT: The zip folder must be titled with the RFP Number and the Offeror’s name, as shown below: RFP AAGA 2026 -0211– [Insert Offeror Name] Please be advised that in -person, mail -delivered, telegraphic or other forms of sealed bids not specifically detailed in this RFP cannot be accepted in the Purchasing Office as a sealed proposal. Is your company registered on Colorado VSS? ____________________________________________ If yes, what is your VCUST number? ____________________________________________ ________ Administrative Information Page 4 of 21 CONTENTS SECTION 1.0 ADMINISTRATIVE INFORM ATION ................................ ................................ ...6 1.1. OFFICIAL MEANS OF COMMUNICATION ................................ ................................ ..... 6 SECTION 2.0 SCHEDULE OF ACTIVITIES AND ASSOCIATED TERM S .............................. 6 2.1. SCHEDULE OF ACTIVITIES ................................ ................................ ................................ .6 2.2. PRE-PROPOSAL MEETING – VIRTUAL ................................ ................................ ............. 7 2.3. VENDOR INQUIRIES ................................ ................................ ................................ ............. 7 2.4. INTENT TO BID NOTIFICATION ................................ ................................ ......................... 7 2.5. REDLINES TO DRAFT CONTRACT ................................ ................................ .................... 8 2.6. PROPOSAL SUBMISSION ................................ ................................ ................................ .....8 2.7. LIST OF BIDDERS ................................ ................................ ................................ .................. 9 2.8. PUBLIC OPENING ................................ ................................ ................................ .................. 9 2.9. ORAL PRESENTATIONS AND/OR INTERVIEWS ................................ ............................ 9 2.10. CLARIFICATIONS AND BEST AND FINAL OFFERS ................................ ....................... 9 2.11. LEGISLATIVE AND POLICY CHANGES ................................ ................................ .......... 10 SECTION 3.0 GENERAL CONSIDERATIONS ................................ ................................ .......... 10 3.1. DISCLAIMER ON INFORMATION IN SOLICITATION ................................ .................. 10 3.2. SOLICITATION CANCELLATION ................................ ................................ ..................... 10 3.3. PROPOSAL AND PRE -CONTRACT COSTS ................................ ................................ ......10 3.4. OFFEROR REGISTRATION IN COLORADO ................................ ................................ ....10 3.5. OFFEROR IDENTIFICATION ................................ ................................ .............................. 10 3.6. TAXES ................................ ................................ ................................ ................................ ....10 3.7. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ................................ .11 3.8. CONFLICTS OF INTEREST ................................ ................................ ................................ .11 3.9. DEBARMENT AND SUSPENSION ................................ ................................ ..................... 12 3.10. NON -DISCRIMINATION ................................ ................................ ................................ .....12 3.11. CONTRACT PERFORMANCE DISCLOSURE ................................ ................................ ...12 SECTION 4.0 PROPOSALS ................................ ................................ ................................ ......... 13 4.1. SOLICITATION COMPLIANCE / PROPOSAL REJECTION ................................ ............ 13 4.2. GENERAL INSTRUCTIONS ................................ ................................ ................................ 13 4.3. COMPLETE PROPOSAL ................................ ................................ ................................ ......14 4.4. PROPOSAL PACKAGE AND COPIES ................................ ................................ ................ 15 4.5. PROPOSAL SUBMISSION ................................ ................................ ................................ ...15 4.6. PROCEDURE FOR SUBMISSION OF CONFIDENTIAL / PROPRIETARY INFORMATION 15 4.7. MODIFICATION OR WITHDRAWAL OF PROPOSALS ................................ .................. 16 4.8. BINDING OFFER ................................ ................................ ................................ .................. 17 4.9. PROPOSAL MATERIALS OWNERSHIP ................................ ................................ ............ 17 SECTION 5.0 EVALUATION ................................ ................................ ................................ ......17 5.1. EVALUATION PROCESS ................................ ................................ ................................ ....17 5.2. EVALUATION COMMITTEE ................................ ................................ .............................. 18 5.3. COMPLIANCE ................................ ................................ ................................ ....................... 19 5.4. PROPOSAL EVALUATION CRITERIA ................................ ................................ .............. 19 SECTION 6.0 AWARD AND CONTRACT ................................ ................................ ................. 20 6.1. NOTICE OF INTENT TO AWARD ................................ ................................ ...................... 20 Administrative Information Page 5 of 21 6.2. PROTESTED SOLICITATIONS AND AWARDS ................................ ............................... 20 6.3. PROPOSAL CONTENT ACCEPTANCE ................................ ................................ ............. 20 6.4. CONTRACT TERMS AND CONDITIONS ................................ ................................ ......... 20 6.5. NEWS RELEASES ................................ ................................ ................................ ................ 21 6.6. CONTRACT FUNDING ................................ ................................ ................................ ........ 21 6.7. SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) .................. 21 6.8. PERFORMANCE OUTSIDE OF COLORADO ................................ ................................ ....21 EXHIBIT A – STATEMENT OF WORK EXHIBIT B – OFFEROR RESPONSE QUESTIONS EXHIBIT C – COST PROPOSAL EXHIBIT C1 – COST PROPOSAL INSTRUCTIONS EXHIBIT D – DRAFT CONTRACT Administrative Information Page 6 of 21 SECTION 1.0 ADMINISTRATIVE INFORM ATION 1.1. OFFICIAL MEANS OF COMMUNICATION 1.1.1. This Request for Proposals (RFP) is issued for the State of Colorado by the Department of Personnel & Administration (Department) and is posted on the Colorado Vender Self -Service System (Colorado VSS) at www.colorado.gov/vss. The Department uses Colorado VSS to publicly post solicitations, modifications, addendums, awards, as well as construction notices. Offerors should carefully and regularly monitor Colorado VSS for any such postings. 1.1.2. While registration on Colorado VSS is not required, vendors registered on Colorado VSS may choose to receive notifications for updates regarding this RFP. There is no cost to register on Colorado VSS. To register, visit Colorado VSS, which is linked direc tly above. 1.1.3. At any time prior to the execution of a contract from this RFP, any news release or other contact with media representatives regarding this RFP or any documents associated with this RFP is prohibited, to the extent permitted by law, without the prior expre ss written approval of the State. 1.1.4. The Department’s Purchasing Agent listed on the Cover Sheet & Signature Page is the sole point of contact (“Procurement Point of Contact”) regarding this solicitation. All communications must be directed to the designated Purchasing Agent. 1.1.4.1. Because phone lines may not be consistently monitored, email is the preferred method of communication. The individual listed above is the sole point of contact for this solicitation. Initiating contact with anyone other than this individual may result in O fferor disqualification. SECTION 2.0 SCHEDULE OF ACTIVITIES AND ASSOCIATED TERM S 2.1. SCHEDULE OF ACTIVITIES 2.1.1. This Schedule of Activities is for information and planning purposes only. All times shall be considered to be in Mountain Time (MT), as adjusted for daylight savings. Activity Date Solicitation Published on Colorado VSS Tuesday , April 7, 2026 Pre-Bid Meeting and Site Visit(s) Tuesday , April 14, 2026 at 10: 00 am Wednesday , April 1 5, 2026 at 10:00 am Vendor Inquiry Submission Deadline Wednesday , April 20, 2026 at 2:00 pm Intent to Bid Notification Deadline Friday, April 24, 2026 at 2:00 pm Proposal Submission Deadline Thursday , May 7, 2026 at 2:00 pm Notice of Intent to Award (Estimated) Friday, June 12, 2026 Contract Execution (Estimated) Wednesday, June 30, 2026 NOTE: The Department reserves the right to revise the dates in this schedule. If revisions are made prior to the Proposal Submission Deadline, changes will be made via a modification to this solicitation posted on the VSS web site. The estimated notice of intent to award period is for informational purposes only and may vary significantly based on the number and size of proposals received. Administrative Information Page 7 of 21 2.2. PRE -PROPOSAL MEETING – VIRTUAL 2.2.1. The State will hold a mandatory Pre-Proposal Meeting and Site Visit as indicated in the Schedule of Activities. So that the State can plan for attendance, if an Offeror wishes to attend the Pre-Proposal Meeting and Site Visit , please send an email to the Procurement Contact by April 13, 2026, and include the name and email for the person who will attend the se activities . 2.2.2. Offerors are responsible for bringing a copy of the solicitation documents to the Pre-Proposal Meeting and Site Visit . Copies will not be distributed to attendees . 2.2.3. The Pre-Proposal Meeting and Site Visit will take place at the State Services Building . Offerors are asked to arrive no later than 9:45 am at the location listed below. T he meeting will begin promptly at 10:00 am; late arrivals may not be able to participate. Site Visits (site walkthroughs ) will begin at 1 0:30 am . State Services Building 1525 North Sherman Street Denver, CO 80203 Room B -15 2.2.4. Offerors must bring valid identification, such as a driver’s license, as it may be required for entry into some locations. 2.3. VENDOR INQUIRIES 2.3.1. Prospective Offerors’ inquiries shall be received by the Department by the date and time indicated in the Schedule of Activities. Inquiries received after the inquiry deadline may not be accepted. Prospective Offerors shall submit all inquiries by email to the Procurement Point of Contact. The email should include the following: 2.3.1.1. The solicitation number and title listed in the email subject line; 2.3.1.2. Prospective Offeror s’ inquiries, to be attached as a Microsoft Word Document to the email. 2.3.1.2.1. The Word Document should list the section or line numbering in this solicitation that precedes the text on which the inquiry is based. Follow the numbering with the prospective Offerors’ question(s) pertaining to that
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.